Loading...
HomeMy WebLinkAboutVieth Construction CorporationVieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 e /7-9 , / Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 A, , z rbc, Lam - %g °-• ,� S4-7 . rS` FORM OF BID OR PROPOSAL F.Y. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION CONTRACT NO. 932 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1.The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by Wayne Claassen Engineering & Surveying, Inc. now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION, Contract No. 932, all in accordance with the above - listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION CONTRACT NO. 932 BID ITEM DESCRIPTION BASE BID UNIT EST. . QTY. UNIT BID PRICE TOTAL BID •PRICE 001 MOBILIZATION L.S. 1 $ / dcQd $ / %, L' ,; 002 CLEARING AND GRUBBING L.S. 1 $ 4' J~a-) $ E 3R0d -- 003 SEED AND FERTILIZE (IDOT URBAN MIX) ACRES 0.8 $ /6C/C.0 $ i 2. -bo -" 004 MULCH (IDOT URBAN MIX) ACRES 0.22 $ /va-) - $ 2--" -- 005 12" DIA., STRAW FILLED WATTLES L.F. 252 $ S ' $ 1e- 6 6 006 WOOD EXCELSIOR MAT FOR DITCH PROTECTION S.F. 25,165 2U '. $ 3-6 33 $ — 007 TRAFFIC CONTROL L.S. 1 $ Z Sao - $ 25do 008 MAINTENANCE BOND, 2 -YEAR L.S. 1 $ 2 S -du $ 2 S2c� FORM OF BID CONTRACT NO. 932 Page 1 of 4 101 SANITARY SEWER MANHOLE, STANDARD EACH 3 �� vv J 102 SANITARY SEWER, 8 -INCH DIA. L.F. 906.5 $ 2 is $ /94 36s-- 501 FULL DEPTH PAVEMENT SAW CUT L.F. 103 $ y $ E i 502 REMOVALS, CURB AND GUTTER L.F. 46 $ S `--' $ / 3 & 503 REMOVALS, P.C.C. PAVEMENT S.Y. 75 $ ' (- $ / J v v 504 REMOVALS, H.M.A. PAVEMENT S.Y. 36 $ 41 ��' $ 70 U' 8 505 PAVEMENT, P.C. CONCRETE, 8" THICK, I.D.O.T. CLASS M-4 S.Y. 58 $ / `: $ G 9 b O 506 PAVEMENT, P.C. CONCRETE, WITH INTEGRALc� CURB, 6" THICK, I.D.O.T. CLASS M-4 S.Y. 63 $ ?c $ r 5 7C 507 SUBBASE, MODIFIED TON 66 $ 0 2- $ Z ? ? 2. 508 CLASS A 1" ROADSTONE, FOR SHOULDER RESTORATION, 6" COMPACTED THICKNESS TON 11 $ `- $ d TOTAL BASE BID 670 2s q 792, 7 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 57, f 6/ 4 Dollars ($ ) in the form of !S ! �� ��✓ is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. FORM OF BID CONTRACT NO. 932 Page 2 of 4 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( I '. ), or Non -Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. FORM OF BID CONTRACT NO. 932 Page 3 of 4 Vieth Construction Corporation 6419 Nordic Dr. Cedar F IIsi IA 60613 (Name of Bidder) BY: Title Official Address: (Including Zip Code): _7/v// (Date) Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 I.R.S. No. FORM OF BID CONTRACT NO. 932 Page 4 of 4 State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER C) County of 64_4-c, - /4 -e -44 - )ss 7-3,().7 G' 74l: /7/ , being first duly sworn, deposes and says that: 1. He is 71Owneryartner Officer Representative, or Agent) , of , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) --/ cLe_1-(- Subscribed and sworn to before me this 126 , 2011. , My commission expires UAL Title ID day of eu/vJT. KARI LYNN JANSEN COMMISSION NO.777490 MY COMMISSION EXPIRES MARCH 15, 2019 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non- discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropifiate Official) !2 1 . EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION -e/A--// 2 efio /7 2 5.9, J . ,S'�� To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. hereby certify that l am a resident bidder as defined above. VIETH CONSTRUCTION CORP. 6419 NORDIC DR. CEDAR FALLS, IA 50613 COMPANY NAME CORPORATE OFFICER C� TITLE /e -(---S • DATE e//6/( 2 Prime Contractor Name: � / - ?7/ MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM c: -J c>--, Project: 4' 9 3 Z- ,12. c) c/t Letting Date: NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. / e Contractor Signature: /G4—c-7 C �j�� Title: Date: 07A_,(7 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBEIWBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBENVBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBENVBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted 7/4_,07""A -it., A. -s -,7 7/i 0 7 /('`"' 7(.3 / fi '7 /— ._ c� e s w Tu ,.)4 7(3177) ."(-L--) 7(3 r 2 /K---)4--' a / e of C-• 77.�, 2 /J) 7/ /-(r 7 il-iv O (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN 13Y THESE PRESENTS, that we, Vieth Construction Corporation as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum ---Five Percent of the Bid Submitted --- Dollars ($ ---5%--- ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 10th day of August , 2017 _, for F.Y. 2018 Brock 2nd Addition Sanitary Sewer Extension, Contract No. 932 NOW, THEREFORE, (a) if said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall bo void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bidor execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of thom as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 31st day of July , A.D. 2017 , By North Am Vieth Construction Corporation (Seal) Principal (Title) t•ican Specialty I mo ce Compar, Seal) Surety LA--) Attorn -in-f I4 one R. Young NAS SURETY GROUP NORTI-I AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OR ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each docs hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BAk'I'ENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG JOINTLY OR SEVERALLY Its True and lawful Attorney(s)-in-Fact, to make, execute, scal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contacts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 911' of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of thele hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Steven P. Andean::, m' Se:: Vis President of Washington In4enmtion:d Insmrunce m rCompa A Senior ice President of North American Specialty Imnr:u¢e Company Tiichnc1 A. By Iia, m Nw Pau: cm m \m, nGlan adc:'nahmud l:snranee 0 rmpmnv & Semen' vire President of North Alumina Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington Intranational Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 8th day of September , 2015 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 8th day of September , 20 15 , before me, a Notary Public personally appeared Steven P. Anderson Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specially Insurance Company and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by 1110 duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 12/04/2017 NI. Kenny. Notap' Public I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specially Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this 31st day of July , 2017 Jeffrey Goldberg, twee President & Assistant secretary or Washington International Insurance Company & Noth American Specialty 1